CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Posted: Apr 12, 2024
Due: Apr 15, 2024
Solicitation No: N0010424QNC96
Publication URL: To access bid details, please log in.
Follow
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Active
Contract Opportunity
Notice ID
N0010424QNC96
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2024 03:58 am EDT
  • Original Date Offers Due: Apr 15, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|n744.13|bl2|na|gordon.kohl@navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS|
EQUAL OPPORTUNITY (SEP 2016)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11||||||||||||
OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days from award date|
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334412|750||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x|
This solicitation is for NAVSUP to consider to repair existing unit(s). No purchases of new, used, or refurbished units will be considered and are not considered offers, since this is for repair only of an existing unit(s). In order for the government to consider
an offer, if vendor is not already pre-approved, thevendor must provide, along with and as part of their offer, a statement that the vendor has access to the data or the rights to use the data needed to repair this part. This data is not usually owned by the
Government and will not be provided. For solicitations that are already determined to be sole source to another vendor, or limited, your information will be considered as a potential source for future awards, not this award, should you pursue to be vetted and
approved as a source. Authorized distributors confirmed by the OEM may be consideredas a potential source. Provide the letter from the OEM stating that you are "authorized."
All quotes need to include these cost factors, at a minimum: IUID, CAV asset processing, and packaging.
Please provide an estimated MLO price, monetary limitation order, which is anapproximation of a standard unit evaluation AND repair. It is not a price for a worst case scenario. It is not a NTE, which is no longer accepted. It does NOT have a ceiling price.
Funding is permitted to be added after doing the evaluation, upon proposing the firm repair price, subject to negotiations. Eval only pricing is not acceptable.
1. Unit MLO price to evaluate AND repair ________
2. Tear down and evaluate ONLY price, in case unit is not repaired, beyond repair, or "no fault found" ________ NTE, not to exceed, price, to return to a depot.
3. New item price, for the same quantity being solicited, in an each price___________ (ROM estimate is fine)
4. Quote expiration date ________. (quotes valid until at least 30 Sep 2024, if feasible.)
5. Repair turn-around-time for complete repair of first unit, not just for the eval portion:___________
6. If more than one unit to repair, after shipping the first unit, the number of assets able to ship each month thereafter ________
7. Repair Location (CAGE):___________
8. Source Inspection Location (CAGE): ________ Note, inspection by DCMA is required prior to shipping. Destination Inspection is not allowed.
9. Source Acceptance Location (CAGE): ________ Inspection by DCMA is required prior to shipping. Destination Acceptance is not allowed.
10. Pack Location (CAGE): ________ Indicate if packaging will be done by an outside source.
Required shipping procedure is military packaging, IUID, and CAV,so include these in your costs.
11. Is this repair going to be an overhaul? _____
12. Was this manufactured in the US? ______
13. Do you need the quantity incremented down to the 1 each level per SLIN to better track SLIN to the unit job number? ______
14. POC name and email: ____________________________
15. If solicited with a RTAT goal, that you cannot achieve, state specific reasons why
When the evaluation is done, an adequate proposal must include:
Your Evaluation Findings from your internal job packet, for each unit, that includes:
- the condition of the unit as received;
- parts missing. (If parts are missing of a very significant value, notify as soon as discovered) ;
- parts that need replaced;
- parts that need refurbished, (optional);
- out of specs and any tests the unit failed
1. SCOPE
1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB .
2. APPLICABLE DOCUMENTS
2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions.
2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03|
DOCUMENT REF DATA=MIL-STD-130 | | |N |071217|A| | |
DOCUMENT REF DATA=MIL-HDBK-263 | | |B |940731|A| | |
DOCUMENT REF DATA=MIL-HDBK-773 | | |A |050630|A| | |
DOCUMENT REF DATA=MIL-STD-1686 | | |C |951025|A| | |
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall
be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other
contractor or government approved documents developed to provide technical repair procedures.
CAGE___Ref. No.
;31442 736170-0003;
3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130.
3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and
approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the
substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government
evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements:
Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number.
Code 2: Assembly (or set or kit) not furnished - Used following detail parts.
Code 3: Part not furnished separately - Use assembly.
Code 4: Part redesigned - Old and new parts are completely interchangeable.
Code 5: Part redesigned - New part replaces old. Old part cannot replace new.
Code 6: Part redesigned - Parts not interchangeable.
3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material
will be cause for rejection.
If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting
Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part.
The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of
contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are
located so as not to constitute a contamination hazard.
If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the
requirements of this contract are concerned.
These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements.
Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided:
Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a
component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface
ship atmosphere.
3.5 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686.
4. QUALITY ASSURANCE
4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order,
the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the
specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements.
4.2 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings.
4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies.
4.4 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any
inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance
does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material.
5. PACKAGING
5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below.
MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES
6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS)
(i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products.
A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk.
B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies.
C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410P, 101 Strauss Avenue
Indian Head, MD 20640-5035
D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for
certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document.
E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from:
Contracting Officer
NAVICP-MECH
Code 87321
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from:
Commanding Officer
NAVICP-MECH
Code 009
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
PMS401 does not require system level testing for acceptance of these components. Units can be accepted uponsuccessful completionof unit levelAcceptance Test Procedures (ATPs) by Northrup Grumman.The option provision is included in the event the government has an
additional requirement within 365 days after issue of the award. This will authorize the government to add the additional quantity, up to the quantity cited, to the order, by unilateral modification without re-soliciting.
Submit your pricing on the option provision. Option price(s) can differ from the unit price(s) for the basic requirement. You are permitted to submit pricing as a function of possible quantities to order and/or the possible dates of ordering. (Quantities and dates
to order will only be known once the option is ready to be executed.)
Evaluation for the award of the proposed requirement will be based upon the lowestaggregated total price for the total quantity, inclusive of the option provision.
Attachments/Links
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 12, 2024 03:58 am EDTSolicitation (Original)

Related Document

Apr 11, 2024[Presolicitation (Original)] 59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

..., BOARDS, CARDS, AND ASSOCIATED HARDWARE NAICS Code: Place of Performance: Description 5998-01-664-0158FJ... ...

DEPT OF DEFENSE

Bid Due: 12/02/2027

...Follow 59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF Active Contract Opportunity Notice ID..., BOARDS, ...

DEPT OF DEFENSE

Bid Due: 5/13/2024

...Follow CIRCUIT CARD ASSEMBLY Active Contract Opportunity Notice ID SPRTA124Q0181 Related Notice..., BOARDS, ...

DEPT OF DEFENSE

Bid Due: 5/03/2024

...Follow 59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF Active Contract Opportunity Notice ID..., BOARDS, ...

DEPT OF DEFENSE

Bid Due: 5/20/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.